United Kingdom: Damp & Specialist Treatment Framework

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom: Damp & Specialist Treatment Framework
Scotland (Non OJEU) WS/JUN388904
Type Invitation to tender
Date Published 2020-06-23
Deadline 2020-07-10 00:00:00
Nature Of Contract Not specified
Awarding Authority
Procedure

Description :
Contract Notice (below OJEU threshold)


Section I: Contracting authority

I.1) Name and addresses
Home Fix Scotland
Roxburgh House, 102-112 Roxburgh Street
Greenock
PA15 4JT
UK
Telephone: +44 8000132196
E-mail: procurement@riverclydehomes.org.uk
NUTS: UKM83
Internet address(es)
Main address: http://riverclydehomes.org.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12102


I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk

I.4) Type of the contracting authority
Body governed by public law

I.5) Main activity
Housing and community amenities


Section II: Object
II.1) Scope of the procurement


II.1.1) Title
Damp & Specialist Treatment Framework
Reference number: HFS011

II.1.2) Main CPV code
71315400;

II.1.3) Type of contract: Services

II.1.4) Short description
Home Fix Scotland are seeking to appoint three highly competent and experienced contractors to become a party to a ‘Damp & Specialist Treatments’ framework. The works shall comprise of all aspects of damp and specialist treatment remediation. This will include surveys, treatment, and all associated trades to rectify same

II.1.6) Information about lots
This contract is divided into lots: No


II.2) Description


II.2.2) Additional CPV code(s)
50000000; 50222100; 42512510;

II.2.3) Place of performance
NUTS code:
UKM83

II.2.4) Description of the procurement
Home Fix Scotland are seeking to appoint three highly competent and experienced contractors to become a party to a ‘Damp & Specialist Treatments’ framework. The works shall comprise of all aspects of damp & specialist treatment remediation. This will include surveys, treatment, and all associated building trades to rectify same.
The purpose of this framework is to assist Home Fix Scotland in the delivery of specific repairs to the River Clyde Homes housing stock. River Clyde Homes is a ‘not for profit’ affordable housing provider that owns and manages over 5,800 homes and provides factoring services to a further 2,200 homes in the Inverclyde area.
Works generated from the framework will only arise when HFS’s own internal staff, due to operational requirements, require assistance.
The works may entail a package of works, or just individual repair works.

II.2.5) Award criteria
Criteria below:
Quality criterion: Contract Management / Weighting: 50.00%
Quality criterion: Community Benefits / Weighting: 5.00%
Quality criterion: Fair Work Practices / Weighting: 5.00%
Price / Weighting:  40.00%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes

Description of renewals:
The contract will run for an initial 2-year duration. HFS may wish to extend any resultant agreement for up to a further two, 12-month periods, subject to the agreement of the successful bidder.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: No


II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.





Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
N/A
III.1.2) Economic and financial standing
List and brief description of selection criteria:
ESPD question 4B.5.1
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employers Liability Insurance = 5m GBP
Bidders should indicate whether they hold the required cover in the table provided within the ESPD
ESPD question 4B.5.2
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below
Public Liability Insurance = 2m GBP
Bidders should indicate whether they hold the required cover in the table provided within the ESPD.

Minimum level(s) of standards required:
ESPD Question 4B.6
The bidder’s company name and registration number will be used to obtain a financial risk assessment report from Dun & Bradstreet. Only companies that are deemed to be financially stable, on the strength of their financial report, will be eligible to be a party to the contract. It is the tenderers responsibility to ensure that the information held by Dun & Bradstreet is up to date at the time of submission. If you prefer to have this assessment carried out in respect of a guarantor, such as an ultimate parent body, then you may elect for this option and details of the guarantor should be provided. Bidders should provide their company registration number in the space provided in the ESPD.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
ESPD Question 4C.1.2
Bidder's will be required to provide three examples of the successful delivery of contracts that are close in nature and scope to HFS's requirement. Bidders require to describe the scope of the contracts, what their responsibilities are / were, what the scale of the contract was, and how they have performed within the contract. Bidders are required to provide written references, with their tender response, from two of the three clients listed. The references should provide a summary of the works undertaken and indicate the client’s own satisfaction levels with the quality of service they received.(Pass/Fail)
ESPD Question 4C.2
Bidders are required to provide details of the available pool of on-site surveyors and operatives that will service the contract in the event of a successful bid. The staff member’s core skills, qualifications, accreditations, experience and competency should be provided. The works shall comprise of all aspects of damp and specialist treatment remediation. This will include surveys, treatment, and all associated trades to rectify same.(Pass/Fail)
ESPD Question 4C.6.1
Bidders are required to provide details of the relevant experience and educational and professional qualifications held by held by its managerial staff.(Pass/Fail)
ESPD Question 4C.10
Bidders are required to provide details of the proportion of the contract that you intend to subcontract, list the disciplines that will be sub-contracted, provide details of the sub-contractors you intend to sub-contract these works to, and explain how they’ve been selected. A separate ESPD for each named subcontractor must be completed and submitted with your tender response. (Pass/Fail)
ESPD Question 4D.1
Bidders will be required to provide a robust Health & Safety Policy; a Risk & Method statement and details of any HSE Breaches, and RIDDOR statistics.
And
Bidders must be able to produce certificates drawn up by independent bodies attesting that the bidder holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001(or equivalent). (Pass/Fail)
And
Bidders will be required to produce certificates drawn up by independent bodies attesting that the bidder holds a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. (Pass/Fail)


III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Key Performance Indicators for the contract are detailed within the tender document.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract



Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 10/07/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 10/07/2020
Local time: 12:00



Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published:
June 2024
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used

VI.3) Additional information
Tenders must be submitted via the Public Contracts Scotland (PCS) Electronic Tender Post Box. Any response not submitted via the Post Box will not be considered. Any queries in relation to the tender must be raised via the 'Question & Answer' function of the PCS website.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=624000
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Bidders require to set out what specific, tangible, community benefits they will bring to the Inverclyde area in the event of a successful bid. These benefit's may address (but are not limited to), targeted recruitment & training; equal opportunities; supply-chain initiatives; environmental initiatives (recycling), community consultation; contributions to education; the promotion of social enterprises; and resources for community initiatives. These benefits must be specific to this contract and not part of a wider Corporate Social Responsibility (CSR) programme. 5% of the total tender score will be allocated to this award criterion.
(SC Ref:624000)

VI.4) Procedures for review

VI.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
1 Nelson Street,
Greenock
PA15 1TR
UK
Telephone: +44 01475787073
Internet address(es)
URL: http://riverclydehomes.org.uk



VI.5) Date of dispatch of this notice
23/06/2020




CPV Codes
71315400;50000000;50222100;42512510

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.